SOURCES SOUGHT
J -- USCGC PEA ISLAND (WPB-1347) DRY DOCK AND REPAIR SOURCES SOUGHT
- Notice Date
- 11/6/2003
- Notice Type
- Sources Sought
- Contracting Office
- DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (vpl), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 600, Norfolk, VA, 23510-9102
- ZIP Code
- 23510-9102
- Solicitation Number
- Reference-Number-PEAISLANDWPB1347DD
- Response Due
- 11/17/2003
- Archive Date
- 11/6/2004
- Point of Contact
- Kevin Brumfiel, Contracting Officer, Phone (757) 628-4635, Fax (757) 628-4676, - Vanessa Nemara, Supervisory Contract Specialist, Phone 757-628-4634, Fax 757-628-4675,
- E-Mail Address
-
kbrumfiel@mlca.uscg.mil, VNemara@MLCA.USCG.MIL
- Description
- The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns only, or Small Business concerns only. The estimated value of this procurement is between $100,000.00 and $500,000.00. The small business size standard is less than 1,000 employees. The acquisition is to dry dock and repair the USCGC PEA ISLAND (WPB-1347), a 110 Foot C Class Patrol Boat. The home pier of the USCGC PEA ISLAND (WPB-1347) is located in St. Petersburg, FL. The vessel is restricted to the area from Brownsville, TX to Shallottee Inlet, NC. The performance period is FORTY-FIVE (45) calendar days and is expected to begin on or about 01 May 2004 and end on or about 15 June 2004. The scope of the acquisition is to perform dry dock repairs to include the cleaning, inspecting, and renewing of various items aboard the USCGC PEA ISLAND (WPB-1347). This work includes but is not limited to: welding repairs; clean fuel and waste oil tanks; clean and inspect sewage and grey water collection and holding tanks; remove, inspect, and reinstall propeller shafts; inspect bronze sleeves in various shaft packing areas; renew water lubricated propeller shaft bearings; remove and reinstall propellers; repair propeller root erosion; preserve the transducer hull ring and renew the V850 transducer; overhaul and renew valves; inspect and overhaul duplex sea strainers; remove, inspect, and reinstall rudders; overhaul stabilizing fins; anchor windlass and motor overhaul; preserve bilge areas below fin stabilizers; preserve sewage and grey water collection and holding tanks; preserve underwater body; inspect and maintain cathodic protection system; renew capastic fairing; provide temporary logistics; routine dry docking; inspect propeller shaft alignment; hydro-blast clean sewage and grey water system piping; preserve forepeak compartment; preserve weather decks; preserve superstructure; raise sewage pump; renew air handler; renew sewage piping; renew floating deck; renew deck frame and plate in aft steering; remove hot water heater; preserve steering gear pedestal; renew rudder post foundation; renew galley equipment; clean ventilation; renew insulation; overhaul motors; renew windows on bridge. All welding and brazing shall be accomplished only by trained welders, who have been certified by the applicable regulatory code performance qualification procedures. At the present time, the acquisition is expected to be issued under full and open competition procedures. However, in accordance with FAR 19.1305 if your firm is HUBZone certified, or in accordance with FAR 19.502-2(b)(1) if your firm is a Small Business and intends to submit an offer on this acquisition, please respond by e-mail to kbrumfiel@mlca.uscg.mil or by fax at (757) 628-4676. Questions may be referred to Kevin Brumfiel at (757) 628-4635. In your response you must include: (a) a positive statement of your intention to submit a bid for this solicitation as a prime contractor; (b) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; (c) past performance references with points of contact and telephone numbers. At least two references are requested, but more are desirable. Your response is required by November 17, 2003. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone set-aside, or Small Business set-aside. Failure to submit all information requested may result in an unrestricted acquisition. A decision on whether this will be pursued as a HUBZone Small Business set-aside, or Small Business set-aside, or on an unrestricted basis will be posted on FedBizOpps website at http://www.eps.gov.
- Place of Performance
- Address: Contractor's facility within the area of the specified geographic restriction.
- Country: USA
- Country: USA
- Record
- SN00465971-W 20031108/031106211536 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |